invitation to tender appel d'offres - Buyandsell.gc.ca

0 downloads 153 Views 759KB Size Report
Jul 13, 2016 - There is no document security requirement applicable to this Contract. SC02 INSURANCE TERMS. 1) Insurance
RETURN BIDS TO: RETOURNER LES SOUMISSIONS Á:

Title-Sujet

Fort Mississauga Stabilization Phase II Fort Mississauga National Historic Site

Parks Canada Agency – Corporate Services 111 Water Street Cornwall, ON, K6H 6S3

Solicitation No. - No. de l’invitation

Date:

5P300-16-5213/A

July 13, 2016

GETS Reference No. – No de reference de SEAG

Client Ref. No. – No. de réf du client.

INVITATION TO TENDER

Solicitation Closes:

APPEL D’OFFRES Tender To: Parks Canada Agency We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods, services, and construction listed herein and on any attached sheets at the price(s) set out therefor. Soumission aux: l’Agence Parcs Canada Nous offrons par la présente de vendre à Sa Majesté la Reine du Chef du Canada, aux conditions énoncées ou incluses par référence dans la présente at aux annexes ci-jointes, les biens, services et construction énumérés ici et sur toute feuille ci-annexée, au(x) prix indiqué(s).

at – à 02:00 PM

on – le August 3, 2016

PRO000808

Time Zone - Fuseau horaire Eastern Daylight Time (EDT) – Heure Avancée de l’est (HAE)

F.O.B. - F.A.B.

Plant-Usine: 

Destination: 

Other-Autre: 

Address Inquiries to: - Adresser toute demande de renseignements à :

Annie Roy

[email protected]

Telephone No. - No de téléphone

(613) 938-5752

Fax No. – No de FAX:

---------

Destination of Goods, Services, and Construction: Destinations des biens, services et construction:

See Herein – Voir ici TO BE COMPLETED BY THE BIDDER (type or print)

Comments - Commentaires

Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l’entrepreneur

Vendor/Firm Name

Address - Adresse

Name of person authorized to sign on behalf of the Vendor/Firm Nom de la personne autorisée a signer au nom du fournisseur/ de l’entrepreneur

Issuing Office - Bureau de distribution

Parks Canada Agency National Contracting Services 111 Water St. Cornwall, ON K6H 6S3

Titale - Titre Telephone No. - N° de telephone: Facsimile No. - N° de télécopieur: Adresse courriel – Email address :

Signature

Date

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

Buyer - l'acheteur Annie Roy

INVITATION TO TENDER

IMPORTANT NOTICE TO BIDDERS DIRECT DEPOSIT In April 2012, the Government of Canada announced that it will be replacing cheques with electronic payments by April 2016. Contract payment(s) currently made by cheque will be replaced by Direct Deposit. Businesses are encouraged to proactively enrol with Parks Canada. Please contact Annie Roy at [email protected] in order to obtain a Direct Deposit enrollment form. Additional information on this Government of Canada initiative is available at: http://www.directdeposit.gc.ca

INTEGRITY PROVISIONS - BID Important changes have been made to the Integrity Provisions - Bid as of April 4th 2016. See GI01, Integrity Provision-Bid of R2710T of the General Instructions for more information.

Page 2 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

Buyer - l'acheteur Annie Roy

TABLE OF CONTENTS SPECIAL INSTRUCTIONS TO BIDDERS (SI) SI01 SI02 SI03 SI04 SI05 SI06 SI07 SI08 SI09 SI10

Integrity Provisions – Declaration of Convicted Offences Bid Documents Enquiries during the Solicitation Period Optional Site Visit Revision of Bid Bid Results Insufficient Funding Bid Validity Period Construction Documents Web Sites

R2710T GENERAL INSTRUCTIONS - CONSTRUCTION SERVICES - BID SECURITY REQUIREMENTS (GI) (2016-04-04) The following GI’s are included by reference and are available at the following Web Site https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual/5/R GI01 GI02 GI03 GI04 GI05 GI06 GI07 GI08 GI09 GI10 GI11 GI12 GI13 GI14 GI15 GI16 GI17 GI18

Integrity Provisions - Bid Completion of Bid Identity or Legal Capacity of the Bidder Applicable Taxes Capital Development and Redevelopment Charges Registry and Pre-qualification of Floating Plant Listing of Subcontractors and Suppliers Bid Security Requirements Submission of Bid Revision of Bid Rejection of Bid Bid Costs Procurement Business Number Compliance With Applicable Laws Approval of Alternative Materials Performance Evaluation Conflict of Interest-Unfair Advantage Code of conduct for procurement - bid

SUPPLEMENTARY CONDITIONS (SC) SC01 SC02

Security Related Requirements, Documents Safeguarding Insurance Terms

CONTRACT DOCUMENTS (CD) BID AND ACCEPTANCE FORM (BA) BA01 BA02 BA03 BA04 BA05 BA06 BA07 BA08

Identification Business Name and Address of Bidder The Offer Bid Validity Period Acceptance and Contract Construction Time Bid Security Signature

APPENDIX 1 - PRICE BREAKDOWN FORM APPENDIX 2 - INTEGRITY PROVISIONS – LIST OF NAMES APPENDIX 3 – DEPARTMENTAL REPRESENTATIVE’S AUTHORITY ANNEX A – ATTESTATION FORM ANNEX B - CERTIFICATE OF INSURANCE

Page 3 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

Buyer - l'acheteur Annie Roy

SPECIAL INSTRUCTIONS TO BIDDERS (SI) SI01

INTEGRITY PROVISIONS – DECLARATION OF CONVICTED OFFENCES As applicable, pursuant to GI01 of the Declaration of Convicted Offences, paragraph 3 (copied below) of the General Instructions R2710T, the Bidder must provide with its bid, a completed Declaration Form, to be given further consideration in the procurement process. a. Declaration of Convicted Offences with its bid, a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy. The list of foreign criminal charges and convictions must be submitted using an Integrity Declaration Form, which can be found at Declaration form for procurement.

SI02 1)

BID DOCUMENTS The following are the bid documents: (a) (b) (c) (d) (e) (f) (g)

Invitation to Tender - Page 1; Special Instructions to Bidders; General Instructions – Construction Services – Bid Security R2710T (2016-04-04); Clauses & Conditions identified in “Contract Documents”; Drawings and Specifications; Bid and Acceptance Form and related Appendices; and Any amendment issued prior to solicitation closing.

Submission of a bid constitutes acknowledgement that the Bidder has read and agrees to be bound by these documents. 2)

General Instructions - Construction Services - Bid Security Requirements R2710T is incorporated by reference and is set out in the Standard Acquisition Clauses and Conditions (SACC) Manual, issued by Public Works and Government Services Canada (PWGSC). The SACC Manual is available on the PWGSC Web site: https://buyandsell.gc.ca/policy-and-guidelines/standardacquisition-clauses-and-conditions-manual/5/R All reference to the Minister of Public Works and Government Services Canada shall be deleted and replaced with the Minister of the Environment and Climate Change for the purposes of the Parks Canada Agency. All reference to the Department of Public Works and Government Services Canada Shall be deleted and replaced with the Parks Canada Agency.

SI03

ENQUIRIES DURING THE SOLICITATION PERIOD

1)

Enquiries regarding this bid must be submitted in writing to the Contracting Officer named on the Invitation to Tender - Page 1 as early as possible within the solicitation period. Except for the approval of alternative materials as described in GI15 of R2710T, enquiries should be received no later than five (5) calendar days prior to the date set for solicitation closing to allow sufficient time to provide a response. Enquiries received after that time may not result in an answer being provided.

2)

To ensure consistency and quality of the information provided to Bidders, the Contracting Officer shall examine the content of the enquiry and shall decide whether or not to issue an amendment.

Page 4 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

3)

SI04

Buyer - l'acheteur Annie Roy

All enquiries and other communications related to this bid sent throughout the solicitation period are to be directed ONLY to the Contracting Officer named on the Invitation to Tender - Page 1. Failure to comply with this requirement may result in the bid being declared non-responsive. OPTIONAL SITE VISIT

It is recommended that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for the site visit to be held at Fort Mississauga, 223 Queen Street, Niagara-on-the-Lake, Ontario, on Monday, July 25, 2016. The site visit will begin at 1:00 p.m. (local time). Bidders are requested to communicate with the Contracting Authority no later than Friday, July 22, 2016 at 02:00 p.m. (EDT) to confirm attendance and provide the name(s) of the person(s) who will attend. Bidders may be requested to sign an attendance sheet. Bidders who do not attend or do not send a representative will not be given an alternative appointment but they will not be precluded from submitting a bid. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.

SI05

REVISION OF BID

A bid may be revised by letter or facsimile in accordance with GI10 of R2710T. The facsimile number for receipt of revisions is 1-877-558-2349.

SI06

BID RESULTS

1.

A public bid opening will be held in the office designated on the Front Page “Invitation to Tender” for the receipt of bids shortly after the time set for solicitation closing.

2.

Following solicitation closing, bid results may be obtained by emailing the Contracting Officer at [email protected] or calling 613-938-5752.

SI07

INSUFFICIENT FUNDING

1)

In the event that the lowest compliant bid exceeds the amount of funding allocated for the Work

2)

(a)

by 15% or less, Canada, at its sole discretion, shall either (i) Cancel the solicitation; or (ii) Obtain additional funding and, subject to the provisions of GI11 of the General Instructions to Bidders, award the Contract to the Bidder submitting the lowest compliant bid; or (iii) Revise the scope of the work accordingly and negotiate, with the Bidder submitting the lowest compliant bid, a corresponding reduction in its bid price.

(b)

by more than 15%, Canada, at its sole discretion, shall either (i) Cancel the solicitation; or (ii) Obtain additional funding and, subject to the provisions of GI11 of the General Instructions to Bidders, award the Contract to the Bidder submitting the lowest compliant bid; or (iii) Revise the scope of the work accordingly and invite those who submitted compliant bids at the original solicitation to re-bid the work.

If negotiations or a re-bid are undertaken as is contemplated in subparagraphs 1)(a)(iii) or 1)(b)(iii) above, Bidders shall retain the same subcontractors and suppliers as they carried in their original bids.

Page 5 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

Buyer - l'acheteur Annie Roy

3)

If Canada elects to negotiate a reduction in the bid price as is contemplated in subparagraph 1)(a)(iii) herein and the negotiations fail to reach an agreement, Canada shall then exercise either of the options referred to subparagraphs 1)(a)(i) or 1)(a)(ii)

SI08

BID VALIDITY PERIOD

1)

Canada reserves the right to seek an extension to the bid validity period prescribed in BA04 of the Bid and Acceptance Form. Upon notification in writing from Canada, Bidders shall have the option to either accept or reject the proposed extension.

2)

If the extension referred to in paragraph 1) of SI08 is accepted, in writing, by all those who submitted bids, then Canada shall continue immediately with the evaluation of the bids and its approvals processes.

3)

If the extension referred to in paragraph 1) of SI08 is not accepted in writing by all those who submitted bids then Canada shall, at its sole discretion, either (a) continue to evaluate the bids of those who have accepted the proposed extension and seek the necessary approvals; or (b) cancel the invitation to tender

4)

The provisions expressed herein do not in any manner limit Canada’s rights in law or under GI11 of R2710T.

SI09

CONSTRUCTION DOCUMENTS

The successful Contractor will be provided with one paper copy of the sealed and signed drawings, the specifications and the amendments upon acceptance of the offer. Additional copies, up to a maximum of two, will be provided free of charge upon request by the Contractor. Obtaining more copies shall be the responsibility of the Contractor including costs.

SI11

WEB SITES

The connection to some of the Web sites in the solicitation documents is established by the use of hyperlinks. The following is a list of the addresses of the Web sites: Treasury Board Appendix L, Acceptable Bonding Companies http://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=14494§ion=text#appL Buy and Sell https://www.achatsetventes-buyandsell.gc.ca Canadian economic sanctions http://www.international.gc.ca/sanctions/index.aspx?lang=eng Contractor Performance Evaluation Report (Form PWGSC-TPSGC 2913) http://www.tpsgc-pwgsc.gc.ca/app-acq/forms/documents/2913.pdf Bid Bond (form PWGSC-TPSGC 504) http://www.tpsgc-pwgsc.gc.ca/app-acq/forms/documents/504.pdf Performance Bond (form PWGSC-TPSGC 505) http://www.tpsgc-pwgsc.gc.ca/appacq/forms/documents/505.pdf Labour and Material Payment Bond (form PWGWSC-TPSGC 506) http://www.tpsgc-pwgsc.gc.ca/app-acq/forms/documents/506.pdf

Page 6 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

Buyer - l'acheteur Annie Roy

Standard Acquisition Clauses and Conditions (SACC) Manual https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual/5/R PWGSC, Industrial Security Services http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html PWGSC, Code of Conduct and Certifications http://www.tpsgc-pwgsc.gc.ca/app-acq/cndt-cndct/contexte-context-eng.html Construction and Consultant Services Contract Administration Forms Real Property Contracting http://www.tpsgc-pwgsc.gc.ca/app-acq/forms/formulaires-forms-eng.html Declaration Form http://www.tpsgc-pwgsc.gc.ca/ci-if/formulaire-form-eng.html

Page 7 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

Buyer - l'acheteur Annie Roy

SUPPLEMENTARY CONDITIONS (SC) SC01

SECURITY RELATED REQUIREMENTS, DOCUMENT SAFEGUARDING

There is no document security requirement applicable to this Contract.

SC02

INSURANCE TERMS

1) Insurance Contracts (a) The Contractor must, at the Contractor's expense, obtain and maintain insurance contracts in accordance with the requirements of the Certificate of Insurance. Coverage must be placed with an Insurer licensed to carry out business in Canada. (b) Compliance with the insurance requirements does not release the Contractor from or reduce its liability under the Contract. The Contractor is responsible for deciding if additional insurance coverage is necessary to fulfill its obligation under the Contract and to ensure compliance with any applicable law. Any additional insurance coverage is at the Contractor's expense, and for its own benefit and protection. 2) Period of Insurance (a) The policies required in the Certificate of Insurance must be in force from the date of contract award and be maintained throughout the duration of the Contract. (b) The Contractor must be responsible to provide and maintain coverage for Products/Completed Operations hazards on its Commercial General Liability insurance policy, for a period of six (6) years beyond the date of the Certificate of Substantial Performance. 3) Proof of Insurance (a) Before commencement of the Work, and no later than thirty (30) days after acceptance of its bid, the Contractor must deposit with Canada a Certificate of Insurance on the form attached herein. (b) Upon request by Canada, the Contractor must provide originals or certified true copies of all contracts of insurance maintained by the Contractor pursuant to the Certificate of Insurance. 4) Insurance Proceeds In the event of a claim, the Contractor must, without delay, do such things and execute such documents as are necessary to effect payment of the proceeds. 5) Deductible The payment of monies up to the deductible amount made in satisfaction of a claim must be borne by the Contractor

Page 8 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

Buyer - l'acheteur Annie Roy

CONTRACT DOCUMENTS (CD) 1.

The following are the contract documents: a. b. c. d.

a. f. g.

Contract Page when signed by Canada; Duly completed Bid and Acceptance Form and any Appendices attached thereto; Drawings and Specifications; General Conditions and clauses GC1 General Provisions – Construction Services R2810D (2016-04-04); GC2 Administration of the Contract R2820D (2016-01-28); GC3 Execution and Control of the Work R2830D (2015-02-25); GC4 Protective Measures R2840D (2008-05-12); GC5 Terms of Payment R2850D (2016-01-28); GC6 Delays and Changes in the Work R2865D (2016-01-28); GC7 Default, Suspension or Termination of Contract R2870D (2008-05-12); GC8 Dispute Resolution R2880D (2016-01-28); GC9 Contract Security R2890D (2014-06-26); GC10 Insurance R2900D (2008-05-12); Allowable Costs for Contract Changes Under GC6.4.1 R2950D (2015-02-25); Supplementary Conditions Any amendment issued or any allowable bid revision received before the date and time set for solicitation closing; Any amendment incorporated by mutual agreement between Canada and the Contractor before acceptance of the bid; and Any amendment or variation of the contract documents that is made in accordance with the General Conditions.

2. The documents identified by title, number and date above are incorporated by reference and are set out in the Standard Acquisition Clauses and Conditions (SACC) Manual, issued by Public Works and Government Services Canada (PWGSC). The SACC Manual is available on the PWGSC Web site: https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual 3.

The language of the contract documents is the language of the Bid and Acceptance Form submitted.

Page 9 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Buyer - l'acheteur Annie Roy

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

BID AND ACCEPTANCE FORM (BA) BA01

IDENTIFICATION

FORT MISSISSAUGA – STABILIZATION – PHASE II BA02

BUSINESS NAME AND ADDRESS OF BIDDER

Name: Address: City:

Province / Territory:

Telephone No.:

Postal Code:

Fax No.:

Procurement Business Number (PBN) or Goods and Services Tax (GST) Number: Contractor’s Representative: Email Address:

BA03 THE OFFER The Bidder offers to Canada to perform and complete the Work for the above named project in accordance with the Bid Documents for the TOTAL BID AMOUNT INDICATED IN APPENDIX 1. BA04 BID VALIDITY PERIOD The bid shall not be withdrawn for a period of thirty (30) days following the date of solicitation closing. BA05 ACCEPTANCE AND CONTRACT Upon acceptance of the Contractor’s offer by Canada, a binding Contract shall be formed between Canada and the Contractor. The documents forming the Contract shall be the contract documents identified in Contract Documents (CD). BA06

CONSTRUCTION TIME

The Contractor shall perform and complete the Work between contract award date and September 23, 2016. BA07 BID SECURITY The Bidder is enclosing bid security with its bid in accordance with GI08 - Bid Security Requirements of R2710T - General Instructions - Construction Services - Bid Security Requirements. BA08

SIGNATURE

Name and title of person authorized to sign on behalf of Bidder (Type or print)

Signature

Date

Page 10 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Buyer - l'acheteur Annie Roy

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

APPENDIX 1 – PRICE BREAKDOWN FORM (4 pages) 1)

The prices per unit shall govern in establishing the Total Extended Amount. Any arithmetical errors in this Appendix will be corrected by Canada.

2)

Canada may reject the bid if any of the prices submitted do not reasonably reflect the cost of performing the part of the work to which that price applies.

No

Specification Reference

Quantity (estimated)

Unit of Measure

Mobilization

1

LS

$

$

Site Access Road Modifications, to complete the work and bring it back to original condition after completion of construction Administration, Site Supervision, Hoarding

800

tonnes

$

$

3

01 14 00 01 52 00 01 56 00 01 74 11 01 56 00

1

LS

$

$

4

02 41 13.15

Removals and Disposal off-Site

1

LS

$

$

5

02 41 13.15 03 10 00 04 03 43 31 04 31 03 10 00 03 30 00

Temporary Shoring & Bracing

1

LS

$

$

Cast in Place Concrete: Wing Walls Foundations – Main Entrance Cast in Place Concrete: Wing Walls Foundations – Sally Port Cast in Place Concrete: Strut beams, Powder Magazines Cast in Place Concrete: Strut beams, Sally Port New Masonry Construction: Parapet Wall/Vent Shaft Extensions, Powder Magazine, and Enlarged Vent Shaft Openings

1

LS

$

$

1

LS

$

$

1

LS

$

$

1

LS

$

$

1

LS

$

$

Masonry Repairs: Sally Port Alcove (Cash allowance)

20

m2

$

$

Masonry Repairs including steel formwork and dowels: Powder Magazines Outer Vaults assuming 1.0 m2 per Powder Magazine General Masonry Repairs: Main Entrance Gate, Powder Magazines, Sally Port (Cash allowance)

1

LS

$

$

40

m2

$

$

Main Entrance Gate: Gate Removal and Storage: wood gates/posts

1

LS

$

$

1

2

6

7 8 9 10

11

12

13

14

03 10 00 03 30 00 03 10 00 03 30 00 03 10 00 03 30 00 04 03 31 04 05 00 04 03 42 04 21 13 04 03 07 04 03 08 04 03 31 04 03 41 04 03 07 04 03 08 04 03 31 04 03 41 04 03 07 04 03 08 04 03 31 04 03 41 01 11 00 01 32 00 01 56 00

Work Description

Page 11 of 20

Unit Rate $

Total amount $

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

15

16

17

18

19

20

21

22

23

01 11 00 04 03 31 04 03 41 04 05 00 04 21 13 04 43 23 08 11 02 01 11 00 06 43 13 32 15 41 01 11 00

01 11 00 01 35 43 01 56 00 01 71 00 01 73 00 03 41 00.01 06 43 13 01 11 00 03 10 00 03 20 00 03 41 00.01 03 41 00.02 01 11 00 06 43 13

00 01 15 01 11 00 01 35 43 01 56 00 01 71 00 01 73 00 02 41 13.15 03 41 00.02 31 04 31 31 22 13 31 23 33 00 01 15 01 11 00 01 35 43 01 56 00 01 71 00 01 73 00 02 41 13.15 03 41 00.02 31 04 31 31 22 13 31 23 3 00 01 15 01 11 00 01 35 43 01 56 00 01 71 00 01 73 00 02 41 13.15 03 41 00.02 31 04 31 31 22 13 31 23 3

Buyer - l'acheteur Annie Roy

Powder Magazines/Sally Port Gate Restoration and Reinstallation: metal gates,

1

LS

$

$

Stone Dust 75 mm, including supply and installation.

50

m2

$

$

Pressure Treated Wood Support Systems in Powder Magazines: includes timbers and miscellaneous work to complete the work of this item. Observation Deck: Durisol Retaining Wall Structure: including excavations, panels, foundations, structural steel, concrete cap beam, drainage course, granular backfill and miscellaneous items as required to complete the work of this item. Observation Deck: Flag Pole Foundation

1

LS

$

$

1

LS

$

$

0.1

m3

$

$

Sally Port: Pressure Treated Wood Crib Walls includes timbers, backfill, topsoil, planting, and miscellaneous work to complete the work of this item.

1

LS

$

$

Excavation – Main Entrance Gate.

7.5

m3

$

$

Excavation –Powder Magazines.

47.0

m3

$

$

Excavation – Sally Port

6.0

m3

$

$

Page 12 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

24

25

26

27

28

29

30

31

32

00 01 15 01 11 00 01 35 43 01 56 00 01 71 00 01 73 00 02 41 13.15 03 41 00.02 31 04 31 31 22 13 31 23 3 01 11 00 01 61 00 06 43 13 00 01 15 01 11 00 01 52 00 03 30 00 04 03 07 04 03 08 04 03 31 04 03 41 04 03 42 04 05 00 04 21 13 04 43 23 00 01 15 01 11 00 01 52 00 03 30 00 04 03 07 04 03 08 04 03 31 04 03 41 04 03 42 04 05 00 04 21 13 04 43 23 04 03 07 04 03 31 04 03 41 04 03 42 07 92 10 04 03 07 04 03 31 04 03 41 04 03 42 07 92 10 04 03 07 04 03 31 04 03 41 04 03 42 07 92 10 04 03 07 04 03 31 04 03 41 04 03 42 07 92 10 04 03 07 04 03 31 04 03 41 04 03 42 07 92 10

Buyer - l'acheteur Annie Roy

Excavation – Crib Walls, as required for proposed works

1

LS

$

$

Soil Anchors (Manta ray MR-SR) with 25 M rod, for Crib retaining wall structure at Sally Port Masonry Dismantling and Reconstruction: Stone, North Interior Wing Wall – Main Entrance Gate.

20

ea

$

$

$

$

2.0

m3

$

$

2.0

m2

Structural Crack Repairs: Stone Copings (sealant) - Main Entrance Gate

3.0

m

$

$

Structural Crack Repairs: Brick Copings (sealant) – Main Entrance Gate, Powder Magazines, Sally Port

6.0

m

$

$

Structural Crack Repairs: Stone Walls (Mortar) – Main Entrance Gate

22.0

m

$

$

Structural Crack Repairs: Brick Walls (mortar) - Powder Magazines, Sally Port

50.0

m

$

$

Structural Crack Repairs: Brick Ceiling (grout) - Sally Port Tunnel

9.0

m

$

$

Masonry Dismantling and Reconstruction: Brick Coping, North Interior Wing Wall – Main Entrance Gate.

Page 13 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

33

Buyer - l'acheteur Annie Roy

01 11 00 05 12 23 01 56 00 03 41 00.02 32 11 23 32 15 41 03 41 00.02 31 23 33 32 01 90.01 32 91 19 32 92 19

Structural Steel Frames in Powder Magazines Granular A - Main Entrance Gate, Powder Magazines, Sally Port, Crib Walls,

4

ea

$

$

24.0

m3

$

$

Backfilling using Native Material - Main Entrance Gate, Sally Port

8.0

m3

$

$

Seeding

600.0

m2

$

$

32 91 19 01 35 43 02 41 13.15 06 43 13 31 22 13 31 23 33 32 01 90.1 32 92 19 01 11 00 01 71 00 01 78 00

Topsoil

80.0



$

$

Waterproofing Membrane above exterior arches of Powder Magazines

13.0

m2

$

$

39

01 11 00 01 71 00 01 78 00

Moisture Barrier Above Powder Magazines

90.0

m2

$

$

40

01 11 00

4.0

m2

$

$

41

01 11 00

5.5

m

$

$

42

05 52 00.1

Moisture Barrier Behind Wing Wall at Main Entrance Gate, MiraDrain Perforated Sub-drain (Weeping Tile) North Interior Wingwall, Main Entrance Gate Observation Deck – Railing System

25.0

m

$

$

43

01 11 00 32 11 23 01 11 00 32 11 23 01 11 00 01 74 11 01 74 21 01 77 00 01 78 00

HD Insulation 100 mm

12.0

m2

$

$

HD Insulation 50 mm

65.0

m2

$

$

Demobilization

1

LS

$

$

All other work and costs not included in this price table

1

LS

$

$

34

35

36 37

38

44 45

46

TOTAL BID AMOUNT Excluding applicable taxe(s)

Page 14 of 20

$

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

Buyer - l'acheteur Annie Roy

APPENDIX 2 - INTEGRITY PROVISIONS – LIST OF NAMES If the required list of names has not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information. Failure to provide the names within the time frame specified will render the bid non-responsive. Providing the required names is a mandatory requirement for contract award. Bidders who are incorporated, including those bidding as a joint venture, must provide a complete list of names of all individuals who are currently directors of the Bidder. Bidders bidding as sole proprietorship, as well as those bidding as a joint venture, must provide the name of the owner(s). Bidders bidding as societies, firms or partnerships do not need to provide lists of names. ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________

Page 15 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

Buyer - l'acheteur Annie Roy

APPENDIX 3 – DEPARTMENTAL REPRESENTATIVE’S AUTHORITY TO BE PROVIDED AT CONTRACT AWARD. Contracting Authority is : Annie Roy Advisor, Contract, Procurement and Materiel Management Parks Canada Agency Contracting Operations 111 Water Street E. Cornwall ON K6H 6S3 Telephone : 613-938-5752 Facsimile: 1-866-246-6893 [email protected]

Technical Authority is : Name : ____________________________________________ Title : _____________________________________________ Department :________________________________________ Division : ___________________________________________ Telephone : ____- ____- _______ e-mail : ____________________________________________

Page 16 of 20

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

ANNEX A

Buyer - l'acheteur Annie Roy

ATTESTATION FORM

The following form must be completed and signed prior to commencing work on Parks Canada Sites. Attestation and Proof of Compliance with Occupational Health and Safety (OHS) Submission of this completed form, satisfactory to Parks Canada, is a condition of gaining access to the work place. Parks Canada recognizes that federal OHS legislation places certain specific responsibilities upon Parks Canada as owner of the work place. In order to meet those responsibilities, Parks Canada is implementing a contractor safety regime that will ensure that roles and responsibilities assigned under Part II of the Canada Labour Code and the Canada Occupational Health and Safety Regulations are implemented and observed when involving contractor(s) to undertake works in Parks Canada work places.

Parks Canada Responsible Authority/Project Lead

Address

Project Manager/Contracting Authority (delete as required)

Prime Contractor

Subcontractor(s) (add additional fields as required)

Location of Work

General Description of Work to be Completed

Mark “Yes” where applicable.

Page 17 of 20

Contact Information

Solicitation No. - N° de l'invitation 5P300-16-5213/A

Amd. No. - N° de la modif.

Client Ref. No. - N° de réf. du client PRO-000808

File Name - Nom du dossier Fort Mississauga - Stabilization Phase II

Buyer - l'acheteur Annie Roy

A meeting has been held to discuss hazards and access to the work place and all known and foreseeable hazards have been identified to the contractor and/or subcontractor(s) The contractor and/or its subcontractor(s) will comply with all federal and provincial/territorial legislation and Parks Canada's policies and procedures, regarding occupational health and safety. The contractor and/or its subcontractor(s) will provide all prescribed safety materials, equipment, devices and clothing. The contractor and/or its subcontractor(s) will ensure that its employees are familiar with and use all prescribed safety materials, equipment, devices and clothing at all times. The contractor and/or its subcontractor(s) will ensure that its activities do not endanger the health and safety of Parks Canada employees. The contractor and/or its subcontractor(s) has inspected the site and has carried out a hazard assessment and has put in place a health and safety plan and informed its employees accordingly, prior to the commencement of the work. Where a contractor and/or its subcontractor(s) will be storing, handling or using hazardous substances in the work place, it will place warning signs at access points warning persons of the presence of the substances and any precautions to be taken to prevent or reduce any hazard of injury or death. The contractor and/or its subcontractor(s) will ensure that its employees are instructed in respect of any emergency procedures applicable to the site.

I, _________________________________ (contractor), certify that I have read, understood and attest that my firm, employees and all sub-contractors will comply with the requirements set out in this document and the terms and conditions of the contract.

Name _____________________________

Signature _____________________________________

Date ____________________________

Page 18 of 20

ANNEX B - CERTIFICATE OF INSURANCE

Page 1 of 2

Description and Location of Work

Contract No. Project No.

Name of Insurer, Broker or Agent

Address (No., Street)

City

Province

Postal Code

Name of Insured (Contractor)

Address (No., Street)

City

Province

Postal Code

Additional Insured

Her Majesty the Queen in Right of Canada as represented by the Minister of the Environment for the purposes of the Parks Canada Agency Type of Insurance (Required when Checked)

Insurer Name and Policy Number

Inception Date D/M/Y

Expiry Date D/M/Y

Limits of Liability Per Occurrence

Annual General Aggregate

Completed Operations Aggregate

Commercial General Liability

$

$

$

Umbrella/Excess Liability

$

$

$

Builder’s Risk / Installation Floater

$ Per Incident

Pollution Liability Marine Liability

$

Per Occurence

$

$ Per Incident

Aviation Liability

Aggregate

$

Per Occurence

$ I certify that the above policies were issued by insurers in the course of their Insurance business in Canada, are currently in force and include the applicable insurance coverages stated on page 2 of this Certificate of Insurance, including advance notice of cancellation / reduction in coverage.

_____________________________________________________________________________________ _________ Name of person authorized to sign on behalf of Insurer(s) (Officer, Agent, Broker)

___________________________________ Telephone Number

_______________________________________________________________________________________________ Signature

___________________________________ Date D/M/Y

Aggregate

$

CERTIFICATE OF INSURANCE Page 2 of 2 Commercial General Liability

Builder's Risk / Installation Floater

The insurance coverage provided must not be substantially less than that provided by the latest edition of IBC Form 2100.

The insurance coverage provided must not be less than that provided by the latest edition of IBC Forms 4042 and 4047.

The policy must either include or be endorsed to include coverage for the following exposures or hazards if the Work is subject thereto: (a) Blasting. (b) Pile driving and caisson work. (c) Underpinning. (d) Removal or weakening of support of any structure or land whether such support be natural or otherwise if the work is performed by the insured contractor.

The policy must permit use and occupancy of any of the projects, or any part thereof, where such use and occupancy is for the purposes for which a project is intended upon completion.

General The insurance policies required on page 1 of the Certificate of Insurance must be in force and must include the insurance coverages listed under the corresponding type of insurance on this page. The policies must insure the Contractor and must include Her Majesty the Queen in Right of Canada as represented by the Minister of Public Works and Government Services as an additional Insured. The insurance policies must be endorsed to provide Canada with not less than thirty (30) days notice in writing in advance of a cancellation of insurance or any reduction in coverage.

The policy must have the following minimum limits:

The policy may exclude or be endorsed to exclude coverage for loss or damage caused by asbestos, fungi or spores, cyber and terrorism. The policy must have a limit that is not less than the sum of the contract value plus the declared value (if any) set forth in the contract documents of all material and equipment supplied by Canada at the site of the project to be incorporated into and form part of the finished Work. If the value of the Work is changed, the policy must be changed to reflect the revised contract value.

(a)

$5,000,000 Each Occurrence Limit;

Without increasing the limit of liability, the policies must protect all insured parties to the full extent of coverage provided. Further, the policies must apply to each Insured in the same manner and to the same extent as if a separate policy had been issued to each.

(b)

$10,000,000 General Aggregate Limit per policy year if the policy contains a General Aggregate; and

(c)

$5,000,000 Products/Completed Operations Aggregate Limit.

Contractors Pollution Liability

Marine Liability

Aviation Liability

The policy must have a limit usual for a contract of this nature, but not less than $1,000,000 per incident or occurrence and in the aggregate.

The insurance coverage must be provided by a Protection & Indemnity (P&I) insurance policy and must include excess collision liability and pollution liability.

The insurance coverage shall Include Bodily Injury (including passenger Bodily Injury) and Property Damage, in an amount of not less than $5,000,000 per incident or occurrence and in the aggregate.

Umbrella or excess liability insurance may be used to achieve the required limits.

The insurance must be placed with a member of the International Group of Protection & Indemnity Associations or with a fixed market in an amount of not less than the limits determined by the Marine Liability Act, S.C. 2001, c. 6. Coverage must include crew liability, if it is not covered by the statutory requirements of the Territory or Province having jurisdiction over such employees. The policy must waive all rights of subrogation against Canada as represented by Public Works and Government Services Canada for any and all loss of or damage to the watercraft however caused.

The policy must provide that the proceeds thereof are payable to Canada or as Canada may direct in accordance with GC10.2, "Insurance Proceeds" (https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisitionclauses-and-conditions-manual/5/R/R2900D/2).